Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 16, 2018 FBO #5957
MODIFICATION

R -- Technical services in support of the Deputy Chief of Naval Operations Manpower, Personnel, Training and Education and subordinate commands

Notice Date
3/14/2018
 
Notice Type
Modification/Amendment
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
N00189 NAVSUP Fleet Logistics Center Norfolk Philadelphia Office 700 Robbins Avenue, Building 2B Philadelphia, PA
 
ZIP Code
00000
 
Solicitation Number
N0018918RZ031
 
Response Due
3/29/2018
 
Archive Date
4/13/2018
 
Point of Contact
Adelina LaCroce 2156979603 Adelina LaCroce
 
Small Business Set-Aside
N/A
 
Description
The Naval Supply Systems Command (NAVSUP) Fleet Logistics Center (FLC) Norfolk, Contracting Department, Philadelphia Office intends to acquire, via full and open competition, Information Technology (IT) Technical support services required to facilitate the overall objective of the Deputy Chief of Naval Operations (Manpower, Personnel, Training and Education; MPTE) (DCNO, MPTE) (N1) and subordinate commands. The scope of this effort will encompass all aspects of N16 CIO and IM/IT Requirements at the Echelon I level, as well as at the Echelon II/III level at BUPERS/NPC, CNRC, and NETC. The support will require direct interaction with action officers and program managers across the MPTE enterprise as well as all other Navy Enterprises and Enablers to support N1 IM/IT responsibilities. In addition, support will require the development and refinement of legacy Information System (IS) sustainment and transformation to the optimized MPTE operational construct. Finally, the contractors will provide a continuum of on-site and off-site support to N1 s action officers, program managers and analysts at all echelon levels, for multiple commands, and at multiple geographic locations. The required support is divided into ten (10) core functions: (1) CIO Strategic Support, (2) Data and Information Management, (3) Engineering Support, (4) IT System Support, (5) Network Support, (6) Information Assurance (IA)/Cyber Security, (7) Enterprise Business Intelligence (BI)/Enterprise Business Analytics, (8) Software Analysis, (9) Hardware Maintenance and Development, and (10) Business Process Reengineering (BPR). Travel is anticipated. The Government anticipates performance will begin on 13 September 2018 and will continue, as required, for six years thereafter. For planning purposes, the total estimated yearly level of effort (LOE) is 403,200 hours (or 2,419,200 hours over the six year period). The applicable NAICs code is 541512 Computer Systems Design Services. The small business size standard for this NAICS is $27.5 million in annual receipts. It is the intent of the Government to process this procurement under FAR 15, Contracting by Negotiation, and to ultimately award multiple, indefinite delivery, indefinite quantity (IDIQ) cost-plus- fixed-fee (CPFF) contracts as a result of the forthcoming solicitation. The IDIQ contracts will allow for both CPFF and firm-fixed-price (FFP) type task orders. Offerors will be required to submit non-cost/price (technical) and cost/price proposals. The Government anticipates that the resultant contracts will be awarded on a best value basis where the non-cost/price (technical) volume will be considered more important than the cost/price volume. Upon its release, the solicitation will be issued electronically and be available for downloading at the NECO website: http://www.neco.navy.mil or http://www.fedbizopps.gov on or about 29 March 2018. The closing date for the receipt of offers will be set forth in the RFP. Paper copies, faxed copies, or email copies of the solicitation will not be provided. Interested parties are solely responsible for monitoring the above website for posting of the RFP and any amendments thereto. The Government will not pay for the information received. All responsible sources may submit a proposal, which will be considered by NAVSUP FLC Norfolk, Contracting Department, Philadelphia Office. By submitting an offer, the offeror is self-certifying that neither the requestor nor the principal corporate officials and owners are currently suspended, debarred, or otherwise ineligible to receive contracts from any federal agency. Failure to do so may represent grounds for refusing to accept the offer. By submission of an offer, the contractor acknowledges the requirements that a prospective awardee must be registered in the System for Award Management (SAM) database prior to award. Lack of registration in the SAM database will make a contractor ineligible for award. Contractors may obtain information on registration and annual confirmation requirements via the internet at https://www.sam.gov/portal/public/SAM/. Any questions regarding this announcement should be submitted via email to Adelina.lacroce@navy.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/FISCDETPHILA/N0018918RZ031/listing.html)
 
Record
SN04854445-W 20180316/180314231500-b4a55336eb260a3ab6af291ab580d38e (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.